SPECIAL NOTICE
J -- GENETIC ANALYZER MAINTENANCE CONTRACT
- Notice Date
- 1/29/2020 8:31:33 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0220Q0049
- Archive Date
- 03/04/2020
- Point of Contact
- Rollin, Jennifer
- E-Mail Address
-
jrollin@usgs.gov
(jrollin@usgs.gov)
- Awardee
- null
- Description
- The Great Lakes Science Center has a model 3730 Genetic Analyzer (SN29134-003) manufactured by Life Technologies. The genetic analyzer consists of a sample platform, laser scanner, camera, and a dedicated computer system for the analysis of DNA samples. The patents and unique qualities of this equipment require specialized services and maintenance that can only be provided by entities licensed by the manufacturer (Life Technologies Co.). All repair parts and procedures are proprietary to Life Technologies Co. and are not available elsewhere. The contractor shall furnish all supervision, labor, and equipment necessary to complete the work listed in subsequent sections. Work is to take place at the Great Lakes Science Center, 1451 Green Rd. Ann Arbor, Michigan. Normal duty hours are Monday through Friday, 8:00 a.m. to 4:30 p.m. A. The contractor shall be responsible for the Genetic Analyzer and any software and computers associated with it. B. Contractor shall provide all labor, parts, tools, and test equipment required to perform this contract. The contractor will be responsible for travel costs to and from the work site and will provide the necessary protective equipment. C. The contractor shall respond and provide a technician on site to diagnose any failure of the Genetic Analyzer within 2 business days of the initial call and will be responsible for restoring the system to normal operation as soon as possible. D. Routine and preventative service and maintenance shall be scheduled in advance with the Project Manager. E. The contractor shall provide phone access to a Technical Assistance Center and phone and e-mail access to Application Technical Support (ATS) who have knowledge of the Genetic Analyzer. 4.0 TECHNICAL REQUIREMENTS ITEMS TO BE ACCOMPLISHED 1) Annual maintenance visit: All maintenance, service and repair shall be accomplished in accordance with manufacturer�s specifications. The contractor shall use only factory-certified replacement parts. The contractor shall check and perform annual preventative maintenance (PM) on the Life Technologies 3730 Genetic Analyzer SN#29134-003. The annual PM will include: � A review with the Project Manager to determine if they have any system concerns � Review system records and/or log books to make sure equipment systems are up-to-date and consistent with calibration files. � Notify the Project Manager of any required updates and perform the updates if the Project Manager allows � Ensure that only one Calib.ini file is on the system and is located correctly, is the most up-to-date file and has a back-up � Verify that correct power options are set � Run the disk clean up utility � Defragment the appropriate hard drives using the Windows operating system defragmenting program � Ensure that the Genetic Analyzer�s physical location is consistent with installation guidelines � Replace the air filter � Run standard instrument verification tests provided in the Data Collection software � If any of the above tests are not passed, perform any necessary repairs � Clean the instrument and all fans � Check the solenoid gap and make sure that the pin valve is operating correctly � Perform optics performance tests and perform any necessary adjustments � Clean and check polymer pump and polymer block and replace parts as needed � Run a spatial calibration and fill and ensure that the calibration is within suggested limits � Perform an autosampler calibration and ensure it tests within suggested limits � Review any issues observed during PM with the Project Manager The Genetic Analyzer will be serviced once between November 1 and April 30. 2) Technical support: In the event of equipment failure or malfunction the contractor shall arrive on site within 2 business days of a failure report. The contractor shall diagnose the problem and work with the Project Manager to document the issue and derive a repair plan. The contractor will provide parts, labor and travel for remedial repair. Job Conditions A. The contractor shall minimize all disruptions as much as possible to the rest of the building while servicing equipment. Contractor shall keep area neat and orderly during the service. B. Any changes affecting the scope of work shall originate from or be approved by the Contracting Officer. C. All workmanship shall be subject to the inspection and approval of the Contracting Officer or the Project Officer. All work unsatisfactorily performed shall be promptly corrected and made acceptable to the Government at no additional cost. E. Final inspection and acceptance shall be performed with the contractor, on site by the Project Officer upon completion of job performance. 5.0 DELIVERABLES Upon completion of any service or repair a detailed report including but not limited to the following items shall be filed with the project manager: -Specify unit serviced or repaired list all materials used and work performed -Report shall show a breakdown of labor and material cost 6.0 Performance Standards and Monitoring Methods A. The contractor shall be responsible for complying with all National, Federal, State and local laws, codes and regulations in connection with the execution of the work. B. The contractor shall be responsible at all times for the supervision and control of the employees that may be assigned to render services under the contract. C Fully-qualified work personnel shall be available for work on the date this purchase order begins and shall be maintained throughout the period of performance. E. Any changes affecting the scope of work shall originate from or be approved by the Contracting Officer. F. All materials and workmanship shall be subject to the inspection and approval of the Contracting Officer or the Project Manager. All work unsatisfactorily performed shall be promptly corrected and made acceptable to the Government at no additional cost. G. Final inspection and acceptance shall be performed with the contractor, on site, by the Project Manager upon completion of job performance. A scope of work will be provided with any solicitation that may be issued. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 811219 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $22.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT February 4, 2020 at 3:00pm MST via e-mail to: jrollin@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9884f4c26bee4f86af60aa15c0c07e3a/view)
- Record
- SN05546149-F 20200131/200129230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |